Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2002 FBO #0103
SOLICITATION NOTICE

X -- Lease or rental of facilities

Notice Date
3/13/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (A:P), 6009 Oxon Hill Road, Suite 700, Oxon Hill, MD, 20745
 
ZIP Code
20745
 
Solicitation Number
TIRNO-02-Q-CMA03
 
Response Due
3/22/2002
 
Archive Date
4/6/2002
 
Point of Contact
Sharlene Hagans, Contract Specialist, Phone 202-283-1471, Fax 202-283-1511,
 
E-Mail Address
sharlene.a.hagans@m1.irs.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation package will not be issued. Solicitation number TIRNO-02-Q-CMA03 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-05. This procurement is unrestricted. The associated North American Industry Classification System (NAICS) code is 7211 and the small business size standard is $5 million. The award will be made to one offeror who fully meets the requirements for providing up to 400 sleeping rooms (reserved and guaranteed at the prevailing government rate; individually paid by IRS employees/guests) and conference facilities to include general meeting room, breakout rooms, and light refreshments as specified below for the Internal Revenue Service Management Information Tech Conference. The conference will be held June 10-12, 2002, in the Washington, D.C. metropolitan area. Hotel shall provide a quotation for the following contract line item number (CLIN): CLIN 001: One (1) general meeting room to accommodate up to 800 people; banquet style rounds of 10; CLIN 002: Ten (10) breakout rooms to accommodate up to 80 people per room; theatre style; CLIN 003: Two (2) refreshment breaks per day for up to 800 people. Mid-morning refreshment break may include, but not limited to: coffee, tea, juice, donuts, bagels, pastries and fruit. Mid-afternoon break may include, but not limited to: coffee, tea, soft drinks, cookies, pretzels, brownies and chips. CLIN 004: June 10, 2002, hotel shall provide space and light refreshments for reception for up to 800 people. Audio/Visual Service: Hotel shall provide standard audiovisual equipment: video/data projector, slide projector, overhead projector, VCR & monitor, flip chart package, sound system with lapel microphones, wireless hand-held microphones, table-top microphones, and podiums with microphones; small to large screens; and various other kinds of audiovisual equipment. The specific equipment for this event will be finalized four (4) weeks before the conference. The hotel must provide lodging and all meeting space requirements at the same location. The meeting rooms must be available for use twenty-four (24) hours per day. The hotel must be within a six block radius of a metro stop or must provide shuttle service to/from metro stop. The hotel must offer transportation services to/from local airports. MANDATORY REQUIREMENTS: To be eligible for contract award, the hotel must meet the following mandatory requirements: (1) Hotel must be compliant with Hotel/Motel Fire Safety Act of 1990, 15 U.S.C. 2201 et. seq. (Public Law 101-391) and must hold a FEMA Certification Number (See FEMA http://www.usfa.fema.gov/hotel/index/ht) and (2) Hotel must be compliant with the Americans with Disability Act, 42 U.S.C. Section 12101 et.se. (ADA). The facility must have one of the following quality ratings: First class or higher per the OAG business Travel Planner; or Three diamonds or higher per AAA. The government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Ability to accommodate meeting space and lodging during the required time frame; 2) Past performance - Offeror shall provide three (3) references of same/similar conference size that the Government may contact; and 3) price. The provisions at FAR 52.212-1, Instructions to Offerors - Commercial and FAR 52.212-2, Evaluation - Commercial Items, apply to this acquisition. Offerors shall include a fully executed copy of the FAR provisions at 52.212-3, Offeror Representations and Certifications - Commercial Items, with their offer. FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items applies to this acquisition. Per 12.603(b) the SF 1449 is not used. FAR clause 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disability; and 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans. Offerors not in possession of the above referenced clauses and provisions in full text may obtain a copy via the INTERNET at http://www.arnet.gov or by contacting the contract specialist. All responsible sources who can provide the above requirements shall submit written quotations no later than 10 days from the posted date of this announcement. The government intends to award a firm fixed price order. All quotes shall include price(s); FOB point; a POC (name and telephone number); GSA number if applicable; business size and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. All questions must be submitted in writing and received by facsimile at (202) 283-1511/1512 or mail.
 
Place of Performance
Address: Washington, DC Metropolitan Area
 
Record
SN00042190-W 20020315/020313213322 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.